Section one: Contracting authority
one.1) Name and addresses
North Lanarkshire Council
Civic Centre, Windmillhill Street
Motherwell
ML1 1AB
Contact
John Cameron
Country
United Kingdom
NUTS code
UKM84 - North Lanarkshire
Internet address(es)
Main address
http://www.northlanarkshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
MTC for Water Quality Control (Risk Assessment, Monitoring Regime and Associated Remedial Works) 2021-2024
Reference number
HO PM 21 002; NLC-CPT-21-003
two.1.2) Main CPV code
- 65100000 - Water distribution and related services
two.1.3) Type of contract
Services
two.1.4) Short description
Measured Term Contract for Water Quality Control including undertaking risk assessments and a monitoring regime and associated remedial works in domestic properties throughout North Lanarkshire Council area.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £340,000
two.2) Description
two.2.2) Additional CPV code(s)
- 65100000 - Water distribution and related services
- 65110000 - Water distribution
- 65111000 - Drinking-water distribution
- 65130000 - Operation of water supplies
- 65123000 - Water softening services
two.2.3) Place of performance
NUTS codes
- UKM84 - North Lanarkshire
Main site or place of performance
North Lanarkshire
two.2.4) Description of the procurement
To comply with the regulations, the Council will appoint a qualified and competent contractor to carry out the following on our behalf:
- identifying and assessing sources of risk;
- preparing a programme of work to prevent or control the identified risks;
- implementing, managing and monitoring precautions taken to prevent or control the identified risks; and
- record keeping in line with the requirements of ACOP L8.
The scope of works for this project includes (although is not limited to) the following:
Risk Assessments:
- carrying out site visits to determine location of storage tanks, pipework systems and main supplies;
- inspecting storage tanks and all associated pipework; and
- preparing detailed Risk Assessment report/recommendations and schematics for all site water systems.
Monitoring:
- monitoring, inspecting and testing of water systems and provision of reports; and
- providing site logbooks which shall contain details of the systems including results of risk assessments.
Sampling:
- ad hoc analytic sampling of water samples for chemicals and bacteria, including legionella where instructed; and
- obtaining test certificates for bacterial, chemical, lead and legionella analyses when requested.
Remedial works:
- ad hoc cleaning and disinfecting pipework systems and mains supplies where instructed;
- ad hoc repairs to storage tanks and all associated pipework where instructed; and
- ad hoc servicing of thermostatic mixing valves and cleaning of shower heads where instructed.
All in accordance with the ACOP L8.
The successful contractor will be required to liaise with stakeholders and tenants as required to gain access to the properties to carry out the above services. The successful contractor will be subject to ongoing performance management using the Scorecard contained in ITT Section 6 - Appendix A (included in the additional information area within the Portal).
two.2.5) Award criteria
Quality criterion - Name: End User Satisfaction / Weighting: 25%
Quality criterion - Name: Programme Adherence / Weighting: 25%
Quality criterion - Name: Health & Safety and Environmental / Weighting: 20%
Quality criterion - Name: Fair Work Practices / Weighting: 10%
Quality criterion - Name: Community Benefits / Weighting: 20%
Price - Weighting: 60%
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-009246
Section five. Award of contract
Contract No
NLC-CPT-21-003
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
5 October 2021
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
SPIE Limited
1 Old Park Lane, Urmston
Manchester
M41 7HA
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £340,000
Section six. Complementary information
six.3) Additional information
(SC Ref:669313)
six.4) Procedures for review
six.4.1) Review body
Scottish Courts
Edinburgh
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.